Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOURCES SOUGHT

D -- REMS AITS Market Survey

Notice Date
3/17/2020 10:19:03 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
REMS-AITS-Market-Survey
 
Response Due
4/6/2020 11:00:00 AM
 
Archive Date
04/21/2020
 
Point of Contact
Ryan Battad, Phone: 2022677524, Francisco Felix
 
E-Mail Address
ryan.m.battad@faa.gov, francisco.felix@faa.gov
(ryan.m.battad@faa.gov, francisco.felix@faa.gov)
 
Description
1.� Introduction/Purpose The Federal Aviation Administration (FAA) is conducting market survey/research for a replacement software application for its Real Estate Management System (REMS) and the Real Estate Tracking System (RETS), which addresses Real Property and leasing and Automated Inventory Tracking System (AITS), which tracks Personal Property.� This acquisition for the FAA's Office of Finance and Management (AFN) and supported by the attached Statement of Work (SOW)� It is currently contemplated that the period of performance will be a twelve month base period with up to four twelve-month option periods. 2.� Incumbent Contractor (if applicable) Not applicable 3.� Nature of Competition The purpose of this market survey is to solicit statements of interest and capabilities from sources that can provide the required services described in the attached Statement of Work (SOW).�� In addition, this survey will aid the FAA in its determination as to whether adequate competition exists to set-aside part or all of the competition amongst eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program, and other small businesses such as Women Owned businesses and Service Disabled Veteran Owned Small Businesses.� This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Policy Section 3.2.1.2.1. This survey will be utilized for planning purposes only. 4. Objectives for this Market Survey The responses to this Market Survey will be used for informational and planning purposes only and will not be released. This is a Market Survey. This is not a Screening Information Request (SIR) or Request for Proposals (RFP) of any kind; The FAA is not seeking or accepting unsolicited proposals; All vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary marking; The FAA has the option of conducting one-on-one communications as deemed appropriate without the obligation to hold communications with all respondents; Providing a response to this Market Survey neither qualifies respondents for, nor excludes respondents from, responding to the resulting SIR, if any; Respondent participation in any informational session is not a promise of future business with the FAA; The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and Any costs associated with the market survey submittal is solely at the interested vendor�s expense. �5. North American Industry Classification System (NAICS) Code The principal North American Industry Classification System (NAICS) code for this effort is 541519, Information Technology Value Added Resellers, with a size standard of 150 employees.� Respondents may recommend other appropriate NAICS codes for FAA consideration. 6.� Submittal Requirements for Market Survey Please include MARKET SURVEY RESPONSE: REMS and AITS Replacement in the subject line of your email.� Please limit complete response(s) to no more than ten (10) pages.� Provide information regarding previous experience (within the past five (5) years) that show your company�s firm�s capability to meet the requirements listed in the attached Statement of Work (SOW). Capability refers to relevant corporate experience, technical ability and approach to manage a federal IT project, quality of personnel, quality of processes, etc.� Include a brief description of the work performed, dollar value, period of performance, agency/organization supported, and individual points of contact (contracting officers or program managers). Registration number in the Federal Government System for Award Management (SAM). Current and potential Government vendors are required to register in SAM in order to be awarded contracts by the Government. The website for SAM is www.sam.gov. Respondent Point of Contact � For information purposes, responses must include a company Point of Contact with phone number, email address, and mailing address. The FAA does not intend to post a Question and Answers amendment to this notice. Instead, the FAA intends to take those�questions/responses as items that will be utilized to strengthen the any Screening Information Request (SIR) that may result from this Market Survey.� In addition, the FAA reserves the right to ask interested vendors to provide a demonstration of their products capabilities and functionalities.� The FAA reserves the right to ask a demonstration from any vendor, and reserves the right NOT to request a demonstration from ALL responding vendors. Responses to this notice are requested to include the following: - Letter of Transmittal (one (1) page), which includes the Company�s: Name, and point of contact information (name, position, telephone number, fax number, company�s mailing address, and company�s URL); Business size, type, and any socio-economic status; Recommended NAICS code(s) for this requirement; and FAA IDIQ contract (such as EFAST, etc.) contract number (if applicable) �- A narrative describing the following: If you have an FAA IDIQ contract, why do you believe your contract can meet the requirements of this SOW? The FAA is looking for a commercial off the shelf solution. Based on this, do you believe you can provide such a solution?� If your solution cannot satisfy the FAA�s requirement out the box, what percentage of the requirements can be met by the solution you would propose out of the box and/or strictly by configuration? What aspect of the FAA�s requirements do you believe would require custom development? Based on the requirements, do you believe that the requirements can be met within in one application or should the FAA consider multiple systems as an alternate solution? The FAA would like to automate as many of the necessary data transfers between systems as possible. In reviewing the list of interfaces, does the solution you would propose provide technology out of the box to accomplish these data exchanges? How would you organize the work to implement the solution you would propose, especially given the inclusion of other DOT modes in addition to the FAA? What dependencies do you see? The FAA wishes to minimize risk and move through the implementation efficiently. Please provide a rough order of magnitude (ROM) of the cost of implementing the solution you would propose and projected schedule based on a 2.5 year integration and 2.5 year maintenance.�� Does the FAA�s projected schedule make sense or is additional information required?� Based on your contemplated solution, how long should the FAA expect implementation to take?� What is the time difference if the FAA chooses one system with two sets of functionality in comparison to two separate systems? �7.� Delivery of Submittals All responses to this market survey should be received by 2:00 p.m. Eastern Standard Time, 06 April 2020.� The FAA prefers that all submittals, including attachments, be submitted electronically to Ryan Battad at ryan.m.battad@faa.gov with a courtesy copy to Francisco Felix at Francisco.felix@faa.gov. 8.� Other (if applicable) 9.� Attachments (a) Draft Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44354dc9e4db475aa6691f21c2f5968f/view)
 
Place of Performance
Address: Washington, DC 20591, USA
Zip Code: 20591
Country: USA
 
Record
SN05592286-F 20200319/200317230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.